TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF...

46

Transcript of TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF...

Page 1: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____
Page 2: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

TABLE OF CONTENTS

Section 1 - The Schedule

SF 1449 cover sheet Continuation To SF-1449, RFQ Number SCB60016Q0004, Prices, Block 23 Continuation To SF-1449, RFQ Number SCB60016Q0004, Schedule Of Supplies/Services, Block

20 Description/Specifications/Work Statement Section 2 - Contract Clauses

Contract Clauses Addendum to Contract Clauses - FAR and DOSAR Clauses not Prescribed in Part 12

Section 3 - Solicitation Provisions

Solicitation Provisions Addendum to Solicitation Provisions - FAR and DOSAR Provisions not Prescribed in Part 12

Section 4 - Evaluation Factors

Evaluation Factors Addendum to Evaluation Factors – FAR and DOSAR Provisions not Prescribed in Part 12

Section 5 - Offeror Representations and Certifications

Offeror Representations and Certifications Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions not

Prescribed in Part 12

Page 3: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

SECTION 1 - THE SCHEDULE SF-1449

AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV. 02/2012) PREVIOUS EDITION IS NOT USABLE Computer Generated Prescribed by GSA - FAR (48 CFR) 53.212

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30

1. REQUISITION NUMBER

PAGE 1 OF 46

2. CONTRACT NO.

3. AWARD/EFFECTIVE DATE

4. ORDER NUMBER

5. SOLICITATION NUMBER

SCB60016Q0004

6. SOLICITATION ISSUE DATE

February 02, 2016

7. FOR SOLICITATION

INFORMATION CALL:

a. NAME

Rebecca C. Raman b. TELEPHONE NUMBER(No collect calls)

8. OFFER DUE DATE/ LOCAL TIME Feb. 19, 2016, 4:00pm

9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE:____ % FOR:

U.S. Embassy Phnom Penh SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS

# 1, Street 96, Phnom Penh, Cambodia HUBZONE SMALL

BUSINESS

(WOSB) ELLIGIBLE UNDER THE WOMEN-OWNED

SMALL BUSINESS PROGRAM NAICS:

Tel: (855) 23 728 000 Email: [email protected]

SERVICE-DISABLED

VETERAN-OWNED

SMALL BUSINESS

EDWOSB

8 (A) SIZE STANDARD:

11. DELIVERY FOR FOB DESTINAT-

TION UNLESS BLOCK IS

MARKED

SEE SCHEDULE

12. DISCOUNT TERMS 13a. THIS CONTRACT IS A

RATED ORDER UNDER DPAS (15 CFR 700)

13b. RATING

14. METHOD OF SOLICITATION

RFQ IFB RFP

15. DELIVER TO CODE 16. ADMINISTERED BY CODE

See detail of this solicitation in Section 1.

General Services Office and Facilities Management Office U.S. Embassy – Phnom Penh

17a. CONTRACTOR/ OFFERER TELEPHONE NO.

CODE FACILITY CODE

18a. PAYMENT WILL BE MADE BY

U.S. Embassy Phnom Penh Financial Management Office # 1, Street 96, Phnom Penh, Cambodia

CODE

17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN

OFFER

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM

19. ITEM NO.

20. SCHEDULE OF SUPPLIES/SERVICES

21. QUANTITY

22. UNIT

23. UNIT PRICE

24. AMOUNT

See Section 1 – The Schedule, Prices (see attached)

(Use Reverse and/or Attach Additional Sheets as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA

26. TOTAL AWARD AMOUNT (For Govt. Use Only)

27a.SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED

27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____ COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN.

29. AWARD OF CONTRACT: REF. _________________ OFFER DATED ____________. YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

30b. NAME AND TITLE OF SIGNER (Type or print)

30c. DATE SIGNED

31b. NAME OF CONTRACTING OFFICER (Type or print)

Rebecca C. Raman

31c. DATE SIGNED

Page 4: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

SECTION 1 - THE SCHEDULE CONTINUATION TO SF-1449

RFQ NUMBER SCB60016Q0004 PRICES, BLOCK 23

I. PERFORMANCE WORK STATEMENT 1.0 DESCRIPTION  

The American Embassy in Phnom Penh requires preventive maintenance services for 2 Water and Air cooled chillers. These services shall result in all systems being serviced under this agreement being in good operational condition when activated. This work is to be performed on systems accessing the PCC/CAA areas of the building. Please see section 6.2.3 for security requirements.  

1.1. TYPE OF CONTRACT  

This is a firm fixed price contract payable entirely in XXXXs. Prices for all Contract Line Item Numbers (CLIN) shall include proper disposal of toxic substances as per Item 8.4 where applicable. No additional sums will be payable for any escalation in the cost of materials, equipment or labor, or because of the contractor's failure to properly estimate or accurately predict the cost or difficulty of achieving the results required. The contract price will not be adjusted due to fluctuations in currency exchange rates. 1.2. PERIOD OF PERFORMANCE  

The contract will be for a period of one-year, with a maximum of four one-year optional periods of performance and will be expected to commence no later than (DATE).  

2.0 PRICING  

The rates below include all costs associated with providing preventive maintenance services in accordance with the attached scope of work, and the manufacturer’s warranty including materials, labor, insurance (see FAR 52.228-4 and 52.228-5), overhead, profit and GST (if applicable). 2.1. Base Year. The Contractor shall provide the services shown below for the base period of the contract and continuing for a period of 12 months. March 15, 2016 – March 14, 2017  

Page 5: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

 

2.2. Option Year 1. The Contractor shall provide the services shown below for Option Year 1 of the contract, and continuing for a period of 12 months. March 15, 2017 – March 14, 2018

2.3. Option Year 2. The Contractor shall provide the services shown below for Option Year

2 of the contract, and continuing for a period of 12 months. March 15, 2018 – March 14 28, 2019

2.4. Option Year 3. The Contractor shall provide the services shown below for Option Year 3 of the contract, and continuing for a period of 12 months. March 15, 2019 – March 14, 2020

CLIN Description Quantity of Equipment

Type of services

No. of service

Unit price / service

($)

Total per year ($)

001 Water cooled unit Annual 1

002 Air cooled unit Annual 1

Total Base Year

CLIN Description Quantity of Equipment

Type of services

No. of servic

e

Unit price / service

($)

Total per year ($)

101 Water cooled unit Annual 1

102 Air cooled unit Annual 1

Total Option Year 1

CLIN Description Quantity

of Equipment

Type of services

No. of service

Unit price / service

($)

Total per year ($)

201 Water cooled unit Annual 1

202 Air cooled unit Annual 1

Total Option Year 2

Page 6: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

2.5. Option Year 4. The Contractor shall provide the services shown below for Option Year 4 of the contract, and continuing for a period of 12 months. March 15, 2020 – March 14, 2021

2.6. Total for all years: Base Year $__________

Option Year 1 $__________

Option Year 2 $__________

Option Year 3 $__________

Option Year 4 $__________

TOTAL $__________

2.7 Repair option. Repairs are NOT included under this agreement (see 7.1.3) and are to be done outside this contract. However, we would like to have current labor rates in the event that there is an issue discovered during the preventive maintenance of the specified equipment. Please provide your current labor rates in the Repair Option fields below. As stated in 7.1.3 any necessary repairs or parts will be submitted for approval and then billed against a separate PO. The Contractor is not approved to do any additional work without approval.

Repair Labor Rates Base Year $__________/hr

Option Year 1 $__________/hr

Option Year 2 $__________/hr

Option Year 3 $__________/hr

CLIN Description Quantity

of Equipment

Type of services

No. of service

Unit price / service

($)

Total per year ($)

301 Water cooled unit Annual 1

302 Air cooled unit Annual 1

Total Option Year 3

CLIN Description Quantity

of Equipment

Type of services

No. of service

Unit price / service ($)

Total per year ($)

401 Water cooled unit Annual 1

402 Air cooled unit Annual 1

Total Option Year 4

Page 7: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

Option Year 4 $__________/hr

3.0 NOTICE TO PROCEED

After Contract award and submission of acceptable insurance certificates and copies of all applicable licenses and permits, the Contracting Officer will issue a Notice to Proceed. The Notice to Proceed will establish a date (a minimum of ten (10) days from date of Contract award unless the Contractor agrees to an earlier date) on which performance shall start.

DESCRIPTION/SPECIFICATION/WORK STATEMENT 4.0 EQUIPMENT AND PERFORMANCE REQUIREMENTS 4.1. The American Embassy in Phnom Penh requires the Contractor to maintain the following systems in a safe, reliable and efficient operating condition. Please see equipment list included in Exhibit A for a more detailed description.

1) Water-cooled Hermitic Centrifugal Liquid chiller 2) Air-cooled Liquid Chiller

4.2. The Contractor shall provide all necessary managerial, administrative and direct labor personnel, as well as all transportation, equipment, tools, supplies and materials required to perform inspection, maintenance, and component replacement as required to maintain the systems in accordance with this work statement. Under this Contract the Contractor shall provide:

The services of trained and qualified technicians to inspect, adjust, and perform scheduled preventive maintenance.

4.3. Performance Standards The chillers should be clean and in good operating condition upon completion of the service. The preventive maintenance service should result in the parts of the system serviced being in a condition to operate efficiently and effectively. 5.0 HOURS OF PERFORMANCE 5.1. The Contractor shall maintain work schedules. The schedules shall take into consideration the hours that the staff can effectively perform their services without placing a burden on the security personnel of the Post. The Contractor shall deliver standard services between the hours of 08:00 AM and 17:00 PM Monday through Friday. No work shall be performed on US Government and local holidays. Below is a list of the holidays.

Page 8: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

January 1 New Year’s Day (U.S)

January 18 Birthday of Martin Luther King, Jr. (U.S.)

February 15 Presidents’ Day (U.S.)

February 22 Meakha Bochea Day (CAM)

March 8 International Women’s Day (CAM)

April 13 Khmer New Year’s Day (CAM)

April 14 Khmer New Year’s Day (CAM)

April 15 Khmer New Year’s Day (CAM)

May 13 Birthday of His Majesty Preah Bat Samdech Preah Boromneath NORODOM SIHAMONI, King of Cambodia (CAM)

May 30 Memorial Day (U.S.)

July 4 Independence Day observed (U.S.)

September 5 Labor Day (U.S.)

September 30 Pchum Ben Ceremony (CAM)

October 10 Columbus Day (U.S.)

November 9 Independence Day (CAM)

November 11 Veterans Day (U.S.)

November 14 Water Festival (CAM)

November 15 Water Festival (CAM)

November 24 Thanksgiving Day (U.S.)

December 26 Christmas Days’ Observed (U.S.)

6.0 ACCESS TO GOVERNMENT BUILDINGS AND STANDARDS OF CONDUCT 6.1 General. The Contractor shall designate a representative who shall supervise the Contractor’s technicians and be the Contractor’s liaison with the American Embassy. The Contractor’s employees shall be on-site only for contractual duties and not for any other business or purpose. Contractor employees shall have access to the equipment and equipment areas and will be escorted by Embassy personnel. 6.2 Personnel Security. The Government reserves the right to deny access to U.S.-owned and U.S.-operated facilities to any individual. The Contractor shall provide the names, biographic data and police clearance on all Contractor personnel who shall be used on this Contract prior to their utilization. Submission of information shall be made within 5 days of award of contract. No technician will be allowed on site without prior authorization. Note: this may include cleared personnel if advance notice of visit is not given at least one week before the scheduled visit.

Page 9: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

6.2.1 Vehicles. Contractor vehicles will not be permitted inside the embassy compound without prior approval. If you need to have vehicle access please submit your vehicle information (Make, Model, License Plate #) along with a written justification as to why access is necessary. This should be submitted to the Facility Manager at least one (1) week prior to the visit. 6.2.2 Government shall issue identity cards to Contractor personnel, after they are approved. Contractor personnel shall display identity card(s) on the uniform at all times while providing services under this contract. These identity cards are the property of the US Government. The Contractor is responsible for their return at the end of the contract, when an employee leaves Contractor service, or at the request of the Government. The Government reserves the right to deny access to U.S.-owned and U.S.-operated facilities to any individual. Choose Red for non-CAA, blue for CAA 6. 3 Security Clearances. All Work under this contractor that are designated as non-CAA areas may be performed by un-cleared American or local workers. However, all work done in CAA and PCC areas shall be performed by cleared American Construction personnel as needed to complete the services. The Contractor shall work closely with the COR, the Post Facility Manager [FM] or the General Services Officer [GSO]. 6.4 Standards of Conduct 6.4.1 General. The Contractor shall maintain satisfactory standards of employee competency, conduct, cleanliness, appearance, and integrity and shall be responsible for taking such disciplinary action with respect to employees as may be necessary. Each Contractor employee shall adhere to standards of conduct that reflect credit on themselves, their employer, and the United States Government. The Government reserves the right to direct the Contractor to remove an employee from the worksite for failure to comply with the standards of conduct. The Contractor shall immediately replace such an employee to maintain continuity of services at no additional cost to the Government. 6.4.2 - 6.4.3 Neglect of Duties. Neglect of duties shall not be condoned. This includes sleeping while on duty, unreasonable delays or failures to carry out assigned tasks, conducting personal affairs during duty hours and refusing to render assistance or cooperate in upholding the integrity of the worksite security. 6.4.4 Disorderly Conduct. The Contractor shall not condone disorderly conduct, use of abusive or offensive language, quarreling, and intimidation by words, actions, or fighting. Also included is participation in disruptive activities that interfere with normal and efficient Government operations.

Page 10: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

6.4.5 Intoxicants and Narcotics. The Contractor shall not allow its employees while on duty to possess, sell, consume, or be under the influence of intoxicants, drugs or substances which produce similar effects. 6.4.6 Criminal Actions. Contractor employees may be subject to criminal actions as allowed by law in certain circumstances. These circumstances include but are not limited to the following actions: falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records or concealment of material facts by willful omission from official documents or records; unauthorized use of Government property, theft, vandalism, or immoral conduct; unethical or improper use of official authority or credentials; security violations; organizing or participating in gambling in any form; and misuse of weapons. 6.4.7 Key Control. The Contractor will not be issued any keys. The keys will checked out from Post 1 by a “Cleared American” escort on the day of service requirements. 6.4.8 Notice to the Government of Labor Disputes. The Contractor shall inform the COR of any actual or potential labor dispute that is delaying or threatening to delay the timely performance of this contract. 7.0 SCHEDULED PREVENTIVE MAINTENANCE 7.1. General 7.1.1. The Contractor shall perform preventive maintenance as outlined in Exhibit A - STATEMENT OF WORK. The objective of scheduled preventive maintenance is to eliminate system malfunction, breakdown and deterioration when units are activated/running. 7.1.2. The Contractor shall inventory, supply and replace expendable parts as recommended in the scope of work that have become worn down due to wear and tear. The Contractor shall maintain a supply of expendable and common parts on site so that these are readily available for normal maintenance to include: hoses, belts, oil, chemicals, coolant, filters (Air, Fuel, Oil), grease, sealant, thermostat, fuses; in addition to the appropriate tools, testing equipment, safety shoes and apparel for technicians, personal protective equipment (hands, hearing, eye protection), MSDS, cleaning material and oil spill containment kits. The contractor should inventory the supply after each visit and order replacement supplies and have them delivered on site. 7.1.3. Exclusion. This contract does NOT include repair of equipment and replacement of hardware (e.g. bearings, pistons, piston rings, crankshaft, gears.) Hardware replacements will be separately priced out by the Contractor for the Government’s approval and acceptance. The Government has the option to accept or reject the Contractor’s quote for parts and reserves the right to obtain similar spare parts from other competitive sources. If required by the Government, the Contractor shall utilize Government-purchased spare parts, if awarded the work. Such repairs/replacements will be accomplished by a separate purchase order. However, this exclusion does not apply if the repair is to correct damage caused by Contractor negligence.

Page 11: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

7.1.4. Replacement/repair of any electronic or electrical parts must be approved by the COR prior to installation of the part. If the Contractor proceeds to replace any electronic or electrical parts without COR approval, the Contractor shall de-install the parts at no cost to the Government. 7.2 Checklist Approval The Contractor shall submit to the COR a schedule and description of preventive maintenance tasks which the Contractor plans to provide. The Contractor shall prepare this schedule and task description in a checklist format for the COR’s approval prior to contract work commencement. 7.2.1. The Contractor shall provide trained technicians to perform the service at frequencies stated in Exhibit A and on the equipment called out in this SOW. The technician shall sign off on every item of the checklist and leave a copy of this signed checklist with the COR or the COR's designate after the maintenance visit. 7.2.2. It is the responsibility of the Contractor to perform all manufacturers’ recommended preventive maintenance as well as preventive maintenance recommended by the manufacture technical manuals for the respective equipment. 8.0 PERSONNEL, TOOLS, CONSUMABLE MATERIALS AND SUPPLIES The Contractor shall provide trained technicians with the appropriate tools and testing equipment for scheduled maintenance, safety inspection, and safety testing as required by this Contract. The Contractor shall provide all of the necessary materials and supplies to maintain, service, inspect and test all the systems to be maintained. 8.1 Contractor furnished materials will include but not limited to appropriate tools, testing equipment, safety shoes and apparel for technicians, hands, hearing and eye protection, MSDS, cleaning material and oil spill containment kit. Expendable/consumable items (e.g. hoses, belts, oil, chemicals, coolant, filters (Air, Fuel, Oil), generator starting batteries, grease, sealant, thermostat, fuse), will be maintained in the onsite inventory. See 7.1.2. 8.2 Repairs. Repairs are not included in this contract. See Item 7.1.3. Exclusions. 8.3 Disposal of used oil, fuel, battery and other toxic substances. The Contractor is responsible for proper disposal of toxic/hazardous substances. All material shall be disposed of according to Government and Local law. After proper disposal the contractor must show proof of authorized disposal of these toxic/hazardous substances. 9.0 Software, Licenses and Passwords. Copies of any and all software and licenses needed to control or to adjust the communications module shall be given to the post upon completion of the work.

Page 12: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

10. DELIVERABLES The following items shall be delivered under this contract: Description QTY Delivery Date Deliver to Names, biographic data, police clearance on Contractor personnel (#6.2)

1 5 days after contract award COR

Certificate of Insurance (#10.2) 1 10 days after contract award CO

Checklist signed by Contractor’s employee (#7.2.1)

1 After completion of each maintenance service

COR

Invoice (#15) 1 After completion of each maintenance service

COR

11.0 INSURANCE REQUIREMENTS 11.1 Personal Injury, Property Loss or Damage (Liability). The Contractor assumes absolute responsibility and liability for any and all personal injuries or death and property damage or losses suffered due to negligence of the Contractor’s personnel in the performance of this Contract The Contractor’s assumption of absolute liability is independent of any insurance policies. 11.2 Insurance. The Contractor, at its own expense, shall provide and maintain during the entire period of performance of this Contract, whatever insurance is legally necessary. The Contractor shall carry the following minimum insurance: Public Liability Insurance Bodily Injury $XXXXX per occurrence $XXXX Cumulative Property Damage $XXXXX per occurrence $XXXX Cumulative Workers’ Compensation and Employer’s Liability 11.3 Worker's Compensation Insurance. The Contractor agrees to provide all employees with worker's compensation benefits as required under local laws (see FAR 52.228-4 “Worker’s Compensation and War-Hazard Insurance Overseas”). 12.0 LOCAL LAW REGISTRATION If the local law or decree requires that one or both parties to the contract register the contract with the designated authorities to insure compliance with this law or decree, the entire burden of this registration shall rest upon the Contractor. Any local or other taxes which may be assessed against the Contract shall be payable by the Contractor without Government reimbursement. 13.0 QUALITY ASSURANCE PLAN (QAP). 13.1 Plan. This plan is designed to provide an effective surveillance method to promote effective Contractor performance. The QAP provides a method for the Contracting Officer's

Page 13: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

Representative (COR) to monitor Contractor performance, advise the Contractor of unsatisfactory performance, and notify the Contracting Officer of continued unsatisfactory performance. The Contractor, not the Government, is responsible for management and quality control to meet the terms of the Contract. The role of the Government is to conduct quality assurance to ensure that Contract standards are achieved. Performance Objective PWS Para Performance Threshold Services. Performs all services set forth in the performance work statement (PWS)

1 thru 12 All required services are performed and no more than one (1) customer complaint is received per month

13.2 Surveillance. The COR will receive and document all complaints from Government personnel regarding the services provided. If appropriate, the COR will send the complaints to the Contractor for corrective action. 13.3 Standard. The performance standard is that the Government receives no more than one (1) customer complaint per month. The COR shall notify the Contracting Officer of the complaints so that the Contracting Officer may take appropriate action to enforce the inspection clause (FAR 52.212-4, Contract Terms and Conditions-Commercial Items), if any of the services exceed the standard. 13.4. Procedures. 13.4.1 If any Government personnel observe unacceptable services, either incomplete work or required services not being performed, they should immediately contact the COR. 13.4.2 The COR will complete appropriate documentation to record the complaint. 13.4.3 If the COR determines the complaint is invalid, the COR will advise the complainant. The COR will retain the annotated copy of the written complaint for his/her files. 13.4.4 If the COR determines the complaint is valid, the COR will inform the Contractor and give the Contractor additional time to correct the defect, if additional time is available. The COR shall determine how much time is reasonable. 13.4.5 The COR shall, as a minimum, orally notify the Contractor of any valid complaints. 13.4.6 If the Contractor disagrees with the complaint after investigation of the site and challenges the validity of the complaint, the Contractor will notify the COR. The COR will review the matter to determine the validity of the complaint. 13.4.7 The COR will consider complaints as resolved unless notified otherwise by the complainant.

Page 14: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

13.4.8. Repeat customer complaints are not permitted for any services. If a repeat customer complaint is received for the same deficiency during the service period, the COR will contact the Contracting Officer for appropriate action under the Inspection clause. 14. TRANSITIONS/CONTACTS Within 7 days after contract award, the Contracting Officer may ask the contractor to develop a plan for preparing the contractor to assume all responsibilities for preventive maintenance services. The plan shall establish the projected period for completion of all clearances of contractor personnel, and the projected start date for performance of all services required under this contract. The plan shall assign priority to the selection of all supervisors to be used under the contract. 14.1 On site contact. The following are the designated contact personnel between the US Embassy and the Contractor -Facility Manager: (Susan Meyerson, +(855)12 501 278, [email protected]) -Technical Specialist: (Narom Chrin, +(855)12 837 947, [email protected]) 15. SUBMISSION OF INVOICES The Contractor shall submit an invoice after the visit for the provision of preventive maintenance service has been performed and completed. Invoices must be accompanied by a signed copy of the Maintenance Checklist for the work performed including parts replacement and break down calls, if any. Invoice for payment will be submitted with the maintenance documentation certified by Facilities Management Office. The Contractor should expect payment 30 days after completion of service or 30 days after receipt of invoice at the Embassy's payment office, whichever is later. Invoices shall be sent to:

Attn: Financial Management Office U.S Embassy Phnom Penh # 1, St. 96, Sangkat Wat Phnom, Daun Penh Phnom Penh, Cambodia Or via FMO Voucher Email: [email protected]

Non-compliance with this requirement will result in delayed payment.

Page 15: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

Exhibit A - - STATEMENT OF WORK I. GENERAL INFORMATION: The United States Embassy in Phnom Penh requires professional services and contractor cost proposals to perform preventive maintenance services of the facility’s water cooled Chiller systems. II. PROJECT REQUIREMENTS:

DESCRIPTION OF EQUIPMENT *: *Please see attachment at the end of this sheet for more details

1) Water-cooled Hermitic Centrifugal Liquid chiller 2) Air-cooled Liquid Chiller.

III. GENERAL REQUIREMENTS:

The Contractor under this SOW will be responsible for labor, tools, and materials required to carry out all preventive maintenance as outlined in this SOW. Embassy staff has service manuals for all IV. SCOPE OF WORK - - CHILLER PREVENTIVE MAINTENANCE Contractor shall provide all materials, supervision, labor, tools and equipment to perform preventive maintenance. All personnel working in the vicinity shall wear and /or use safety protection while all work is performed. Any questions or injuries shall be brought to the attention of the Post Occupation Safety and Health Officer (POSHO). Material Safety Data Sheets (MSDS) shall be provided by the Contractor for all HAZMAT materials. Copies will be provided to the COR for approval. If any discrepancies are found with the generator system that are not covered under this scope of work then the contractor must provide the following:

1. Detailed report noting the discrepancy found. 2. Bill of Materials (BOM) to include component name, quantity, part #, and price for any

repair material required and material lead time. 3. Price quote for repair labor.

At a minimum, the following work must be done: Water-Cooled chiller Annual Schedule

Page 16: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

1. Check chiller controls communications module to the overall embassy building HVAC automated controls for functionality. Replace, -- or install controls communications parts as needed--. Copies of any and all software and licenses needed to control or to adjust the communications module shall be given to the post.

2. Check the chiller for refrigerant and oil leaks. Submit work order to find and repair leaks. 3. Inspect system for signs of corrosion. Remove corrosion, prime with corrosion inhibitor,

paint to match original condition. Carefully inspect all fasteners to ensure integrity and replace any which have corroded. All replacement components, parts, and materials should be of corrosion resistant manufacture.

4. Cycle all valves at least two times ( inlet/outlet chilled water and cooling tower water valves)

5. Check controller for proper operation. Check all electrical connections for tightness. Re-amp as necessary.

6. Inspect condition of electrical contacts on motor starters and controls. Check electrical connections for tightness.

7. Check operation of the Chillers and record all items on the Carrier Centrifugal Refrigeration log sheet and make an analysis of data.

8. Check oil level and note the color of oil. 9. Check guide vane operation and calibrate if necessary. 10. Check compressor current draw and ammeter(s) for correct reading. 11. Check compressor bearings temperature. 12. Check pre-lube timing of oil pump. 13. Carry out control test for correct function. 14. Check oil temperature and pressure. 15. Check temperature sensors and transducers for properly working. 16. Check cooler / condenser pressure (compare to actual refrigerant temperature to

detect any non-condensed in system).

17. Check all refrigerant and replenish as necessary. Contractor shall supply all materials. 18. Check starter process of the compressor while starting up. 19. Check indication light at the microprocessor control panel for working properly. 20. Check and make necessary adjustment to maintain normal operation conditions

for the Following:

a) Oil heater b) Lubricating system

21. Carry out insulation checking on motor windings of the hermetic motor. 22. Check all operating controls and calibrate as necessary. 23. Check parameter setting and adjust if necessary. 24. Clean up surface of the chillers. 25. Clean up condenser tubes by brush for the chillers (Once/ year). 26. Transfer the refrigerant charge into the condenser (for machines fitted with isolation valves) or

Page 17: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

U.S Embassy Phnom Penh GSO – SCB60016Q0004

to suitable storage vessels. 27. Drain out the lubricating oil. 28. Replace the oil filter, compressor lubrication oil, refrigerant filters. 29. Transfer back refrigerant charge into the cooler. 30. Energize oil heaters. 31. Carry out control test. 32. Record all readings / actions in machine log book. 33. Check condition of starter contactors. 34. Check oil pump working current. 35. Log chiller data by Carrier proprietary software and submit the report. 36. Material for annually maintenance is inclusive. 37. Perform operational test and return to service. Air-Cooled chiller Annual Schedule

1. Inspect general chiller condition. 2. Check and tighten all electrical terminals. 3. Inspect for refrigeration and oil leak as necessary. 4. Check control board condition. 5. Carry out quick test function to check other devices of the chiller. 6. Check voltage, running compressor ampere. 7. Check motors insulation. 8. General checks electrical parts of the chiller. 9. Clean up electrical parts by vacuum cleaner. 10. Check address switches on main and slave board 11. Check configuration. Reconfiguration to meet with site condition if necessary. 12. Check information, input data during operation. 13. Inspect all safety devices. 14. Check all control circuit supply voltage. 15. Check pressure drop across cooler and water flow. 16. Check water flow switch operation. 17. Check condensing fan speed control function. 18. Check and adjust setting points if necessary. 19. Check transducers status. 20. Check thermistors status. 21. Inspect alarm history and analyze. 22. Inspect for undue noise and vibration 23. Clean up condenser coils by high jet water pump. 24. Detail reports on general condition of equipment. 25. Perform operational test and return to service

Page 18: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 18 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

Equipment List: Equipment Manufacturer Make Model Specifications Location

Water‐cooled chiller CARRIER 19XR Hermetic Centrifugal chilleUTILITY BUILDING

Air‐Cooled chiller CARRIER 30‐RA200 Screw chiller PCC 

SYSTEM FOR AWARD MANAGEMENT The U.S Embassy Phnom Penh calls to your attention to the requirement of clause 52.204-7 – SYSTEM FOR AWARD MANAGEMENT (JULY 2013) in the solicitation document. The contractor must register in System for Award Management, and for registration, please follow the link: https://www.sam.gov/ portal/public/SAM/. Please see attached a quick-guide indicating steps of registration.

END OF STATEMENT OF WORK

Page 19: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 19 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

SECTION 2 - CONTRACT CLAUSES FAR 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERICAL ITEMS (MAY 2014), is incorporated by reference. (See SF-1449, block 27a). The following FAR clause is provided in full text: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (oct 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)"(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). _X_ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (Jan 2011) of 52.219-4. __ (13) [Reserved] __ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).

Page 20: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 20 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

__ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Oct 2014) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). __ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). __ (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __ (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). __ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (33) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (34)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (35)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O. 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-13. __ (36)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (E.O. 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-14. __ (37) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (38)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Jun 2014) (E.O. 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16.

Page 21: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 21 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

_X_ (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (40) 52.225-1, Buy American—Supplies (May 2014) (41 U.S.C. chapter 83). __ (41)(i) 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (May 2014) of 52.225-3. __ (iii) Alternate II (May 2014) of 52.225-3. __ (iv) Alternate III (May 2014) of 52.225-3. __ (42) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (43) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (44) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (45) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (46) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). _X_ (47) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (48) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (49) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (50) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (51) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (52) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (53)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (May 2014) (41 U.S.C. chapter 67). __ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (May 2014) (41 U.S.C. chapter 67). __ (7) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O.13495).

Page 22: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 22 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

__ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212) (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (x) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792).

Page 23: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 23 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)

ADDENDUM TO CONTRACT CLAUSES

FAR AND DOSAR CLAUSES NOT PRESCRIBED IN PART 12 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ or, http://farsite.hill.af.mil/vffara.htm These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use the Department of State Acquisition Website at http://www.statebuy.state.gov/ to see the links to the FAR. You may also use an internet “search engine” (for example Google, Yahoo, Excite) to obtain the latest location of the most current FAR. The following Federal Acquisition Regulation clauses are incorporated by reference: CLAUSE TITLE AND DATE 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (JULY 2013) 52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT

(FEB 2000) 52.228-4 WORKER’S COMPENSATION AND WAR-HAZARD INSURANCE OVERSEAS (APR

1984) 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.229-6 FOREIGN FIXED PRICE CONTRACTS (FEB 2013) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUNE 2013) The following FAR clause(s) is/are provided in full text:

Page 24: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 24 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through base period or option periods if exercised. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $140 per task order, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor-- (1) Any order for a single item in excess of 3,000; (2) Any order for a combination of items in excess of 3,000; or (3) A series of orders from the same ordering office within 5 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirement clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 business days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the “maximum.” The

Page 25: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 25 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

Government shall order at least the quantity of supplies or services designated in the Schedule as the “minimum.” (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after one year beyond the contract’s effective period. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the performance period of the contract. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within the performance period of the contract or within 30 days after funds for the option year become available, whichever is later. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two years. 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond September 30 of the current calendar year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 of the current calendar year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. The following DOSAR clause(s) is/are provided in full text: CONTRACTOR IDENTIFICATION (JULY 2008)

Page 26: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 26 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

Contract performance may require contractor personnel to attend meetings with government personnel and the public, work within government offices, and/or utilize government email. Contractor personnel must take the following actions to identify themselves as non-federal employees:

1) Use an email signature block that shows name, the office being supported and company affiliation (e.g. “John Smith, Office of Human Resources, ACME Corporation Support Contractor”);

2) Clearly identify themselves and their contractor affiliation in meetings; 3) Identify their contractor affiliation in Departmental e-mail and phone listings whenever contractor

personnel are included in those listings; and

4) Contractor personnel may not utilize Department of State logos or indicia on business cards. 652.216-70 ORDERING - INDEFINITE-DELIVERY CONTRACT (APR 2004) The Government shall use one of the following forms to issue orders under this contract: (a) The Optional Form 347, Order for Supplies or Services, and Optional Form 348, Order for Supplies or Services Schedule - Continuation; or, (b) The DS-2076, Purchase Order, Receiving Report and Voucher, and DS-2077, Continuation Sheet. 652.232-70 PAYMENT SCHEDULE AND INVOICE SUBMISSION (FIXED-PRICE) (AUG 1999) (a) General. The Government shall pay the contractor as full compensation for all work required, performed, and accepted under this contract the firm fixed-price stated in this contract.

(b) Invoice Submission. The Contractor shall submit invoices in original and 1 copy to the office identified in Block 18b of the SF-1449. The invoice shall be sent to: Attn: Financial Management Office, #1, St. 96, Phnom Penh, Cambodia. To constitute a proper invoice, the invoice shall include all the items required by FAR 32.905(e). (c) Contractor Remittance Address. The Government will make payment to the contractor’s address stated on the cover page of this contract, unless a separate remittance address is shown below:

652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (AUG 1999) (a) The Contracting Officer may designate in writing one or more Government employees, by name or position title, to take action for the Contracting Officer under this contract. Each designee shall be identified as a

Page 27: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 27 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

Contracting Officer’s Representative (COR). Such designation(s) shall specify the scope and limitations of the authority so delegated; provided, that the designee shall not change the terms or conditions of the contract, unless the COR is a warranted Contracting Officer and this authority is delegated in the designation. (b) The COR for this contract is Facilities Technician, Facilities Management Office 652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999) (a) The Contractor warrants the following:

(1) That is has obtained authorization to operate and do business in the country or countries in which this contract will be performed; (2) That is has obtained all necessary licenses and permits required to perform this contract; and, (3) That it shall comply fully with all laws, decrees, labor standards, and regulations of said country or countries during the performance of this contract.

(b) If the party actually performing the work will be a subcontractor or joint venture partner, then such subcontractor or joint venture partner agrees to the requirements of paragraph (a) of this clause.

652.229-70 EXCISE TAX EXEMPTION STATEMENT FOR CONTRACTORS WITHIN THE UNITED STATES (JUL 1988)

This is to certify that the item(s) covered by this contract is/are for export solely for the use of the U.S. Foreign Service Post identified in the contract schedule.

The Contractor shall use a photocopy of this contract as evidence of intent to export. Final proof of exportation may be obtained from the agent handling the shipment. Such proof shall be accepted in lieu of payment of excise tax.

Page 28: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 28 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

SECTION 3 - SOLICITATION PROVISIONS FAR 52.212-1, Instructions to Offerors -- Commercial Items (APR 2014), is incorporated by reference (see SF-1449, Block 27A).

ADDENDUM TO 52.212-1 None

Quotation Requirement Summary of Instructions. Electronic quotations will be accepted, and be sent to PhnomPenhProcurement @state.gov. The file type shall be in PDF at a maximum size of 15 MB. Address for submitting hard copies: Attn: GSO-Procurement, # 1, Street 96, Phnom Penh, Cambodia. Pre-Quotation Site Visit

The Embassy will hold a pre-quotation site visit to discuss the requirements of this solicitation on February 12, 2016 at 2:30 – 5:00 PM at the U.S Embassy. Offerors interested in attending should contact the following individual: Name: Chansophal Phon Email [email protected] Telephone Number: 023 728 052

Under FAR provision 52.237-1, Site Visit, the Embassy will arrange for site visits on the same date and time as the pre-quotation conference. Offerors should contact the above contact person to make appropriate arrangements.

Each offer must consist of the following:

A. A completed solicitation, in which the SF-1449 cover page (block 12, 17, 19-24, and 30 as appropriate), and Section 1 has been filled out.

B. Information demonstration the offeror’s/quoter’s ability to perform, including:

(1) Name of a Project Manager (or other liaison to the Embassy/Consulate) who understands written

and spoken English;

(2) Evidence that the offeror/quoter operates an established business with a permanent address and telephone listing;

(3) List of clients over the past 3 years, demonstrating prior experience with relevant past

performance information and references (provide dates of contracts, places of performance, value of contracts, contact names, telephone and fax numbers and email addresses). If the offeror has not performed comparable services in Cambodia then the offeror shall provide its international experience. Offerors are advised that the past performance information requested

Page 29: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 29 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

above may be discussed with the client’s contact person. In addition, the client’s contact person may be asked to comment on the offeror’s:

Quality of services provided under the contract; Compliance with contract terms and conditions; Effectiveness of management; Willingness to cooperate with and assist the customer in routine matters, and

when confronted by unexpected difficulties; and Business integrity / business conduct.

The Government will use past performance information primarily to assess an offeror’s capability to meet the solicitation performance requirements, including the relevance and successful performance of the offeror’s work experience. The Government may also use this data to evaluate the credibility of the offeror’s proposal. In addition, the Contracting Officer may use past performance information in making a determination of responsibility.

(4) Evidence that the offeror/quoter can provide the necessary personnel, equipment, and financial resources needed to perform the work.

(5) The offeror shall address its plan to obtain all licenses and permits required by local law (see

DOSAR 652.242-73 in Section 2). If offeror already possesses the locally required licenses and permits, a copy shall be provided.

(6) The offeror’s strategic plan for the maintenance services to include but not limited to: (a) A work plan taking into account all work elements in Section 1, Performance Work Statement; (b) Identify types and quantities of equipment, supplies and materials required for performance of services under this contract. Identify if the offeror already possesses the listed items and their condition for suitability and if not already possessed or inadequate for use how and when the items will be obtained; (c) Plan of ensuring quality of services including but not limited to contract administration and oversight.

Page 30: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 30 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

ADDENDUM TO SOLICITATION PROVISIONS FAR AND DOSAR PROVISIONS NOT PRESCRIBED IN PART 12

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/vffara.htm These addresses are subject to change. If the FAR is not available at the locations indicated above, use of an internet “search engine” (for example, Google, Yahoo, Excite) is suggested to obtain the latest location of the most current FAR provisions. The following Federal Acquisition Regulation solicitation provisions are incorporated by reference: PROVISION TITLE AND DATE 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014) 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN

ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONS (DEC 2012)

Page 31: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 31 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

The following DOSAR provisions are provided in full text: 652.206-70 COMPETITION ADVOCATE/OMBUDSMAN (AUG 1999) (DEVIATION)

(a) The Department of State’s Competition Advocate is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged to first contact the contracting office for the respective solicitation. If concerns remain unresolved, contact the Department of State Competition Advocate on (703) 516-1696, by fax at (703) 875-6155, or write to:

Competition Advocate U.S. Department of State A/OPE SA-15, Room 1060 Washington, DC 20522-1510

(b) The Department of State’s Acquisition Ombudsman has been appointed to hear concerns from potential offerors and contractors during the pre-award and post-award phases of this acquisition. The role of the ombudsman is not to diminish the authority of the Contracting Officer, the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel, and work to resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to contact the contracting activity ombudsman, John Dockery, at 855-23 728 000, Fax: 855-23-728-600. For a U.S. Embassy or overseas post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at a contracting activity level may be referred to the Department of State Acquisition Ombudsman at (703) 516-1696, by fax at (703) 875-6155, or write to:

Acquisition Ombudsman U.S. Department of State A/OPE SA-15, Room 1060 Washington, DC 20522-1510

Page 32: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 32 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

SECTION 4 - EVALUATION FACTORS Award will be made to the lowest priced, acceptable, responsible offeror. Quotations shall include a completed solicitation. The Government reserves the right to reject quotations that are unreasonably low or high in price. The lowest price will be determined by multiplying the offered prices times the estimated quantities in “Prices - Continuation of SF-1449, block 23”, and arriving at a grand total. Acceptability will be determined by assessing the offeror's compliance with the terms of the RFQ to include section 3. Responsibility will be determined by analyzing whether the apparent successful offeror complies with the requirements of FAR 9.1, including:

Adequate financial resources or the ability to obtain them; Ability to comply with the required performance period, taking into consideration all existing

commercial and governmental business commitments; Satisfactory record of integrity and business ethics; Necessary organization, experience, and skills or the ability to obtain them; Necessary equipment and facilities or the ability to obtain them; and Be otherwise qualified and eligible to receive an award under applicable laws and regulations.

The Government intends to award a contract to the responsible company submitting an acceptable quotation at the lowest price. We intend to award a contract based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so.

ADDENDUM TO EVALUATION FACTORS FAR AND DOSAR PROVISION(S) NOT PRESCRIBED IN PART 12

The following FAR provisions are provided in full text: 52.217-5 EVALUATION OF OPTIONS (JUL 1990) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).

Page 33: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 33 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

SECTION 5 - REPRESENTATIONS AND CERTIFICATIONS

52.212-3 Offeror Representations and Certifications—Commercial Items (Nov 2014)

The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (a) Definitions. As used in this provision— “Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. “Forced or indentured child labor” means all work or service— (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. “Highest-level owner” means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. “Immediate owner” means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. “Inverted domestic corporation”, as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. “Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except— (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. “Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.

Page 34: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 34 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

“Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate— (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. “Sensitive technology”— (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically— (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). “Service-disabled veteran-owned small business concern”— (1) Means a small business concern— (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. “Small disadvantaged business concern”, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that— (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by— (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. “Subsidiary” means an entity in which more than 50 percent of the entity is owned— (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation.

Page 35: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 35 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

“Veteran-owned small business concern” means a small business concern— (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. “Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. “Women-owned small business concern” means a small business concern— (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. “Women-owned small business (WOSB) concern eligible under the WOSB Program” (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for the purposes of this solicitation only, if any.

These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]

(c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply.

(1) Small business concern. The offeror represents as part of its offer that it o is, o is not a small business concern.

(2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern.

(3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it o is, o is not a service-disabled veteran-owned small business concern.

(4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, that it o is, o is not a small disadvantaged business concern as defined in 13 CFR 124.1002.

(5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is, o is not a women-

Page 36: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 36 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a

women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that— (i) It o is,o is not a WOSB concern eligible under the WOSB Program, has provided all the required

documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: __________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.

(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that—

(i) It o is, o is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.

Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold.

(8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is a women-owned business concern.

(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________

(10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that—

(i) It o is, o is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and

(ii) It o is, o is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.

(d) Representations required to implement provisions of Executive Order 11246— (1) Previous contracts and compliance. The offeror represents that— (i) It o has, o has not participated in a previous contract or subcontract subject to the Equal Opportunity

clause of this solicitation; and

Page 37: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 37 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

(ii) It o has, o has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that— (i) It o has developed and has on file, o has not developed and does not have on file, at each establishment,

affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or

(ii) It o has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.

(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made.

(f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American—Supplies, is included in this solicitation.)

(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Supplies.”

(2) Foreign End Products:

Line Item No.

Country of Origin

______________

_________________

______________

_________________

______________

_________________

[List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade

Page 38: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 38 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements–Israeli Trade Act.” (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:

Line Item No.

Country of Origin

______________

_________________

______________

_________________

______________

_________________

[List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” Other Foreign End Products:

Line Item No.

Country of Origin

______________

_________________

______________

_________________

______________

_________________

[List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian End Products:

Line Item No. _______________________________________

Page 39: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 39 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

_______________________________________ _______________________________________ [List as necessary] (3) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”: Canadian or Israeli End Products:

Line Item No.

Country of Origin

______________

_________________

______________

_________________

______________

_________________

[List as necessary] (4) Buy American—Free Trade Agreements—Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American-Free Trade Agreements-Israeli Trade Act”: Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:

Line Item No.

Country of Origin

______________

_________________

______________

_________________

______________

_________________

[List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements.”

Page 40: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 40 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

(ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products:

Line Item No.

Country of Origin

______________

_________________

______________

_________________

______________

_________________

[List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals— (1) o Are, o are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) o Have, o have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) o Are, o are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) o Have, o have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has

Page 41: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 41 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products.

Listed End

Product

Listed Countries of Origin

___________________

___________________

___________________

___________________

(2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) o In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) o Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards(Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting

Page 42: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 42 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror o does o does not certify that— (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o does o does not certify that— (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies— (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror’s TIN. (3) Taxpayer Identification Number (TIN).

o TIN: ________________________________. o TIN has been applied for. o TIN is not required because: o Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income

effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States;

Page 43: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 43 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

o Offeror is an agency or instrumentality of a foreign government; o Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. o Sole proprietorship; o Partnership; o Corporate entity (not tax-exempt); o Corporate entity (tax-exempt); o Government entity (Federal, State, or local); o Foreign government; o International organization per 26 CFR 1.6049-4; o Other ________________________________. (5) Common parent. o Offeror is not owned or controlled by a common parent; o Name and TIN of common parent: Name ________________________________. TIN _________________________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the

offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not

meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874.

(2) Representation. By submission of its offer, the offeror represents that— (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to

Iran. (1) The offeror shall e-mail questions concerning sensitive technology to the Department of State at

[email protected]. (2) Representation and Certifications. Unless a waiver is granted or an exception applies as provided

in paragraph (o)(3) of this provision, by submission of its offer, the offeror— (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive

technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran;

(ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and

(iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran’s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf).

(3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if—

(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and

(ii) The offeror has certified that all the offered products to be supplied are designated country end products.

Page 44: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 44 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

(p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a DUNS Number in the solicitation.

(1) The Offeror represents that it o has or o does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture.

(2) If the Offeror indicates “has” in paragraph (p)(1) of this provision, enter the following information:

Immediate owner CAGE code: ____________________. Immediate owner legal name: _____________________. (Do not use a “doing business as” name) Is the immediate owner owned or controlled by another entity: o Yes or o No. (3) If the Offeror indicates “yes” in paragraph (p)(2) of this provision, indicating that the immediate

owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: __________________. Highest-level owner legal name: ___________________. (Do not use a “doing business as” name)

(End of provision)

ADDENDUM TO OFFEROR REPRESENTATIONS AND CERTIFICATIONS FAR AND DOSAR PROVISION(S) NOT PRESCRIBED IN PART 12

The following DOSAR provision is provided in full text: 652.209-79 REPRESENTATION BY CORPORATION REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CRIMINAL CONVICTION UNDER ANY FEDERAL LAW (SEPT 2014) (DEVIATION per PIB 2014-21) (a) In accordance with section 7073 of Division K of the Consolidated Appropriations Act, 2014 (Public Law 113-76) none of the funds made available by that Act may be used to enter into a contract with any corporation that – (1) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency has direct knowledge of the conviction, unless the agency has considered, in accordance with its procedures, that this further action is not necessary to protect the interests of the Government; or (2) Has any unpaid Federal tax liability that has been assessed for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency has direct knowledge of the unpaid tax liability, unless the Federal agency has considered, in accordance with its procedures, that this further action is not necessary to protect the interests of the Government. For the purposes of section 7073, it is the Department of State’s policy that no award may be made to any corporation covered by (1) or (2) above, unless the Procurement Executive has made a written determination

Page 45: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 45 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

that suspension or debarment is not necessary to protect the interests of the Government. (b) Offeror represents that— (1) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (2) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision) 652.225-70 ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) (a) Definitions. As used in this provision: Foreign person means any person other than a United States person as defined below. United States person means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended. (b) Certification. By submitting this offer, the offeror certifies that it is not:

(1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or,

(2) Discriminating in the award of subcontracts on the basis of religion. Note to bidder/offeror: If the bidder/offeror has indicated “yes” in blocks (a)(1), (2), or (3) of the following provision, the bidder/offeror shall include Defense Base Act insurance costs covering those employees in their proposed prices. The bidder/offeror may obtain DBA insurance directly from any Department of Labor approved providers at the DOL website at http://www.dol.gov/owcp/dlhwc/lscarrier.htm. 652.228-70 DEFENSE BASE ACT – COVERED CONTRACTOR EMPLOYEES (JUN 2006) (a) Bidders/Offerors shall indicate below whether or not any of the following categories of employees will be employed on the resultant contract, and, if so, the number of such employees:

Category Yes/No Number(1) United States citizens or residents(2) Individuals hired in the United States,

Page 46: TABLE OF CONTENTS - USEmbassy.gov · 2017-08-14 · TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet ... CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____

Page 46 of 46

U.S Embassy Phnom Penh GSO – SCB60016Q0004

regardless of citizenship

(3) Local nationals or third country nationals where contract performance takes place in a country where there are no local workers’ compensation laws

local nationals: third-country nationals:

(4) Local nationals or third country nationals where contract performance takes place in a country where there are local workers’ compensation laws

local nationals: third-country nationals:

(b) The Contracting Officer has determined that for performance in the country of Cambodia. _X__ Workers compensation laws exist that will cover local nationals and third country nationals. ____ Workers compensation laws do not exist that will cover local nationals and third country nationals. (c) If the bidder/offeror has indicated “yes” in block (a)(4) of this provision, the bidder/offeror shall submit, as part of its offer, a statement that indicates that such local nationals and/or third country nationals will be provided workers’ compensation coverage against the risk of work injury or death under a local workers’ compensation law. For those employees, the bidder/offeror shall also assume liability toward the employees and their beneficiaries for war-hazard injury, death, capture, or detention, in accordance with the clause at FAR 52.228-4.